a consultant for your project. note: be sure to review the ... · a consultant for your project....

39
Date Project number City of ______________ ______________ County Dear ______________: Your request for the above-noted project has been approved. The Kansas Department of Transportation (KDOT) has updated its process guidelines for federal regulations 23 C.F.R. 172. To assist you in the selection of a consultant, we have also provided a Consultant Selection Guide (see Attachment No. 1 Consultant Selection Guide) to serve as a checklist during the selection process. Note: Be sure to review the guide carefully before proceeding with the selection of a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will be executed within 90 to 120 days from the date indicated above. Following these procedures will make it possible to include Construction Engineering (Phase III), if desired by the City/County, which will be included in a separate agreement. The Bureau of Local Projects (BLP) will send you additional information to complete at the time your project is ready to let. Please adhere to the suggested timeline provided in the Consultant Selection Guide so that your project may be included in a timely letting. We understand that with the implementation of these new procedures, questions may arise. Please feel free to contact Mike Bowser at BLP (785-296-3861), if we can be of assistance. Sincerely, Michael J. Stringer, P.E., Chief Bureau of Local Projects Tod L. Salfrank Assistant Bureau Chief MJS:TLS:mb Attachments

Upload: others

Post on 08-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

DateProject numberCity of ____________________________ County

Dear ______________:

Your request for the above-noted project has been approved. The Kansas Department of Transportation (KDOT) has updated its process guidelines for federal regulations 23 C.F.R. 172. To assist you in the selection of a consultant, we have also provided a Consultant Selection Guide (see Attachment No. 1 Consultant Selection Guide) to serve as a checklist during the selection process. Note: Be sure to review the guide carefully before proceeding with the selection of a consultant for your project.

For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will be executed within 90 to 120 days from the date indicated above. Following these procedures will make it possible to include Construction Engineering (Phase III), if desired by the City/County, which will be included in a separate agreement. The Bureau of Local Projects (BLP) will send you additional information to complete at the time your project is ready to let.

Please adhere to the suggested timeline provided in the Consultant Selection Guide so that your project may be included in a timely letting.

We understand that with the implementation of these new procedures, questions may arise. Please feel free to contact Mike Bowser at BLP (785-296-3861), if we can be of assistance.

Sincerely,

Michael J. Stringer, P.E., ChiefBureau of Local Projects

Tod L. SalfrankAssistant Bureau Chief

MJS:TLS:mbAttachments

Page 2: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 1 Consultant Selection Guide

1 | P a g e

Consultant Selection Guide for Engineering Services (Preliminary Engineering) on City/County (LPA) projects

1. Review information received from BLP

□ Cover Letter

□ Attachment No. 1: Consultant Selection Guide

□ Attachment No. 2A: Single-Step Advertisement (w/ Sample)

□ Attachment No. 2B: Multi-Step Advertisement (w/ Sample)

□ Attachment No. 3: Consultant Selection Flow Chart

□ Attachment No. 4 Code of Conduct (for LPA signature)

□ Attachment No. 5: Prequalified List of Consultants

□ Attachment No. 5A: Sample Request for Qualifications

□ Attachment No. 5B: Certification by Prospective Participants

□ Attachment No. 5C: Supplemental Data Sheet

□ Attachment No. 6: Preliminary Review Committee Report1

□ Attachment No. 6A: Selection Committee Report (w/ Sample)

□ Attachment No. 6B: Sample Proposal Letter

□ Attachment No. 6C: Sample Work Estimate

□ Attachment No. 7 Sample Proposal for Engineering Services

□ Special Attachment No. 8: Estimate of Preliminary Engineering Fee

□ Special Attachment No. 9: Certification of Final Indirect Costs

□ Special Attachment No. 10: Tax Clearance Certificate (w/ example)

2. Determine criteria to use in evaluating consulting firms. Use established criteria in consultant review process and document results (Attachment No. 6 Preliminary Review Committee Report and Attachment No. 6A Selection Committee Report (w/ Sample)) Note: If you prefer to use alternate criteria, you must receive approval from the BLP prior to beginning the review process.

3. Solicit for consultant interest. This can be done by a single-step process or a multi-step process.

□ Single-step process involves advertising for interested consultants in the LPA’s official register of public notices. See Attachment No. 2A: Single-Step Advertisement (w/ Sample) for a template for the advertisement. Advertisement must indicate the project location, scope,

1 Attachment No. 6 Preliminary Review Committee Report is only needed if the LPA needs to reduce the list of consultants to no fewer than three or no more than five.

Page 3: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 1 Consultant Selection Guide

2 | P a g e

length, and proposed letting date. The advertisement also must include the criteria for evaluation that will be used to select the consultant. These criteria include:

o Certification by Prospective Participants (Attachment No. 5B) o Supplemental Data Sheet (Attachment No. 5C) o Preliminary Review Committee Report (Attachment No. 6) o Selection Committee Report (w/ Sample) (Attachment No. 6A)

It is suggested that the LPA also mail advertisement information to a minimum of three qualified consultants on KDOT’s prequalified consultant list (Attachment No. 5). The LPA shall allow a minimum 14 calendar days prior to the commencement of any evaluation of respondents.

□ Multi-step process involves advertising for interested consultants in the LPA’s official register of public notices. The LPA shall allow a minimum 14 calendar days for receipt of the Request for Qualifications. See Attachment No. 2B: Multi-Step Advertisement (w/ Sample) for a template for the advertisement. Advertisement must indicate the project location, scope, length, proposed letting date, and that the criteria for evaluation will be sent after Request for Qualifications is received. The Request for Qualifications should include:

o Sample Request for Qualifications (Attachment No. 5A) o Consulting Engineer Qualifications and Questionnaire (KDOT form No. 1050 – Link:

https://www.ksdot.org/Assets/wwwksdotorg/bureaus/divEngDes/Documents/Revised.Full_1050Form.doc)

It is suggested that the LPA also mail advertisement information to a minimum of three qualified consultants on KDOT’s prequalified consultant list (Attachment No. 5). After the initial deadline has passed, send the following items to all consultants who have responded to the advertisement. Interested consultants should reply within two weeks.

o Certification by Prospective Participants (Attachment No. 5B) o Preliminary Engineering Supplemental Data Sheet (Attachment No. 5C) o Preliminary Review Committee Report (Attachment No. 6) o Selection Committee Report (w/ Sample) (Attachment No. 6A) o Project Location Map(s)

4. Review letters of interest from consultants and the related information. Document the review of

consultants. This review should take place within two weeks from receipt of consultants’ response.

□ Optional: If more than 5 firms respond to the Request for Qualifications, it is recommended that a Preliminary Review Committee be utilized (using Attachment No. 6 as a template) to provide the Selection Committee, without recommendations or preference, with three to five firms for further review (see #5 below for committee’s duties).

□ Notify the consultants whose letters of interest were not forwarded to the Selection Committee that they were not selected for consideration.

Page 4: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 1 Consultant Selection Guide

3 | P a g e

5. Form a Selection Committee (may consist of same people as Preliminary Review Committee) who

should perform the following duties:

□ If determined necessary by the Selection Committee, the LPA may contact consultants for additional information. Note: all consultants on the final selection list must be contacted for additional information if any additional contact and questions need to be made.

□ Use pre-determined criteria to rank consultants in order of preference and document results (see Attachment No. 6A Selection Committee Report (w/ Sample)).

□ Notify the top three ranked consultants of their ranking as well as the consultants who were not selected for consideration. Scoring results must be provided to all interested parties, if requested.

□ Within one week, the top selected firm shall send the following items, so they may detail the preliminary engineering covered in Phases I and II. Detail should include scope of work and total hours to perform the work.

o Sample Proposal letter (Attachment No. 6B) o Sample Work Estimate (Attachment No. 6C)

6. KDOT will develop an independent work estimate for hours that may be used as a starting point by

the LPA when negotiating the consultant’s estimate.

7. If the committee is unable to negotiate acceptable proposed hours, notify the firm that negotiations have ended and begin negotiations with next firm on the list. Send Attachment Nos. 6B and 6C to be filled out by the next selected firm. If needed, contact BLP for assistance.

8. Once the negotiated hours are acceptable to the LPA, send the following fee documents to the selected firm:

□ Sample Proposal for Engineering Services (Attachment No. 7)

□ Estimate of Preliminary Engineering Fee (Special Attachment No. 8)

□ Certification of Final Indirect Costs (Special Attachment No. 9)

□ Tax Clearance Certificate w/ example (Special Attachment No. 10)

9. After receiving the fee documents from the selected firm, send the following items to BLP:

□ Copy of the advertisement in your local official register of public notices

□ Copies of the five documents sent to each consultant who responded to the advertisement (see #3 for this list)

□ Copies of letters from consultants who replied

□ If different than established criteria, the list of criteria used by Preliminary Review Committee in selecting consultants to submit to Selection Committee

□ Copy of all scoring sheets and the list of criteria used by Preliminary Review Committee (Attachment 6) and Selection Committee (Attachment 6A)

Page 5: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 1 Consultant Selection Guide

4 | P a g e

□ Copy of the Work Estimates (see Attachment No. 6C) to determine reasonableness of consultant’s proposal

□ Copies of the documents sent to the selected consultant (see #5 for this list)

□ A completed Code of Conduct form (see Attachment No. 4)

□ Other items, if necessary

Once BLP has approved the submitted information, agreements will be prepared by KDOT and submitted to the consultant and LPA for signatures. The LPA and consultant should review, sign, and return the executed agreement for the Secretary’s signature. KDOT will then transmit copies of the executed agreement to the LPA and the consultant who will also receive a Notice for the Consultant to Proceed.

The LPA should monitor the consultant’s progress with the timetable provided by the consultant and make progress payments to the consultant for Phases I and II and bill KDOT on provided voucher forms.

Page 6: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 2A Sample Single-Step Advertisement

Note: Italicized text to be replaced with equivalent project specific text

<LPA Department> Request for Qualifications (RFQ)

The <LPA> is seeking qualified consulting firms for pre-construction engineering and project management in the category

equivalent to the Kansas Department of Transportation’s (KDOT) Work Category: 212 – Highway Design-Minor Facility for the project listed below. Qualifications for roadway construction inspection in the equivalent to the KDOT’s Work Category: 241 will also be considered.

Description

<KDOT Program> project CCC JJ-NNN-SS1, which is a <project scope> on <project location>.

Schedule and Deadlines Technical proposals are due on or before <time and date determined by LPA at least two weeks after initial official

announcement> to be delivered <by methodology to be determined by LPA>. Interested consulting firms must be pre-qualified by KDOT in the work categories noted above.

Anticipated Schedule for Subsequent Events: Evaluation and ranking of technical proposals shall take place on or about <time and date determined by LPA at least two

weeks after receiving RFQs> after which all firms that submitted letters of interest will be notified of the ranking. Negotiations with the highest ranked firm to commence on or about <time and date determined by LPA after notifying firms>. Notice to Proceed to be issued <date approximately three weeks after notifying firms>, KDOT Three-Party agreement in place and in effect <date approximately two months after notifying firms>.

Request for Proposal (Technical)

The <LPA> is seeking a consultant to provide design services for the <project name>.The work includes <detailed project scope>.

Evaluation Factors Technical proposals will be evaluated based on the factors listed below to rank the most qualified firm in order of preference

as first, second, third, etc. If determined necessary by the <LPA>, a Preliminary Review Committee will be formed to reduce the number of firms evaluated to no fewer than three (3) and no more than five (5). Reasons for exclusion from evaluation will be: size and/or qualifications; experience of personnel available for project; current uncompleted work or distribution of work; performance; no response from firm; or other reason. Firms excluded from short list will be notified as to reason for exclusion.

Factors for evaluation and weight:2 The highest ranked firm will be asked to enter into negotiations with <LPA> for an agreement. In the event the <LPA> cannot reach agreement with the ranked firm, it will terminate negotiations with the said firm and commence negotiations with the next highest ranked firm, and so on, until an agreement is reached for a satisfactory scope of services for a fair and reasonable number of hours, or the <LPA> decides to pursue other alternatives.

Contract Terms and Conditions This is a KDOT project using KDOT funding. A standard three (3) phase, three (3) party agreement will be utilized with

special attachments for the Kansas “Tax Clearance Certificate”, the “Certification of Final Indirect Costs”, and the “Policy Regarding Sexual Harassment”.

1Standard KDOT Project numbering format. CCC: County Number; JJ: Project Jurisdiction (may be one or two characters); NNNN: Project Number; SS: Project Stage. 2Note: Itemize evaluation factors with the factor weight the LPA will be using to evaluate the submitted proposals: e.g. “1. Ability to perform the desired services within the time prescribed – 15 pts; 2. Past performance of firm – 15 pts; 3. Training of staff – 15 pts; 4. Previous experience with similar work and knowledge of project procedures – 15 pts; 5. Commitment of resources that could limit performance (ex.: staff, equipment) – 15 pts; 6. Firm’s familiarity with project area – 15 pts; 7. Accessibility of firm’s office – 10 pts (max.)”.

Page 7: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 2A Sample Single-Step Advertisement

Instructions for Technical Proposal Note: No costs shall be contained in the technical proposal. Technical proposals will consist of the technical proposal and a

completed and signed Special Attachment No. 9 (“Certificate of Final Indirect Costs”), a completed and signed Special Attachment No. 10 (“Tax Clearance Certificate”). All these forms can be obtained via <LPA contact information>.

The main text of consultant’s technical proposal must not exceed <X> pages (including cover sheets, indexes, etc.) to address the topics listed. Describe processes and procedures proposed by consultant to meet the project completion deadline listed above. Describe processes and procedures, included best practices, that will be used to perform the tasks and produce the deliverables described above under “Request for Proposal (Technical)”. Include in the technical proposal items such as:

Project manager/engineer in charge History of project with similar tasks Availability of staff to meet schedule without overtime Cost-effective or cost-reduction practices, processes or procedures used by consultant, if any;

Any sub-consultant and their role (if any) that will be performing services on the project. All sub-consultants must complete Special Attachment No. 9 (“Certificate of Final Indirect Costs”), and the Special Attachment No. 10 (“Tax Clearance Certificate”).

Questions about this request for qualifications shall be sent to <LPA contact information>.

Page 8: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 2A Sample Single-Step Advertisement

Sample Advertisement Date: February 1, 2018

Oz County

Request for Qualifications (RFQ)

Oz County is seeking qualified consulting firms for pre-construction engineering and project management in the category

equivalent to the Kansas Department of Transportation’s (KDOT) Work Category: 212 – Highway Design-Minor Facility for the project listed below. Qualifications for roadway construction inspection in the equivalent to the KDOT’s Work Category: 241 will also be considered.

Description

High Risk Rural Road (HRRR) project 123 C-9876-01, which is a systemic signing and pavement marking improvement project including analysis work to determine proper sign and pavement marking placement using established engineering principles on major collector routes in the southern third of the county.

Schedule and Deadlines Technical proposals are due on or before February 15, 2018 to be delivered by mail to Oz County Public Works, P.O. Box

987, Emerald City, KS 65432. Interested consulting firms must be pre-qualified by KDOT in the work categories noted above.

Anticipated Schedule for Subsequent Events: Evaluation and ranking of technical proposals shall take place on or about March 1, 2018 after which all firms that submitted

letters of interest will be notified of the ranking. Negotiations with the highest ranked firm to commence on or about March 8, 2018. Notice to Proceed to be issued March 29, 2018, KDOT Three-Party agreement in place and in effect May 29, 2018.

Request for Proposal (Technical) Oz County is seeking a consultant to provide design services for Oz County Southern Third Major Collector Signing and

Pavement Marking Project. The work includes analysis work to determine the proper sign and pavement marking placement for thirteen (13) intersections, ten (10) substandard horizontal curves and five (5) substandard vertical curves using established engineering principles. Plans will be developed by the firm to implement improvements to regulatory and warning signs on major collectors in the southern third of the county using State and Federal requirements. Inspection during construction is anticipated to be part of the services provided.

Evaluation Factors Technical proposals will be evaluated based on the factors listed below to rank the most qualified firm in order of preference

as first, second, third, etc. If determined necessary by Oz County, a Preliminary Review Committee will be formed to reduce the number of firms evaluated to no fewer than three (3) and no more than five (5). Reasons for exclusion from evaluation will be: size and/or qualifications; experience of personnel available for project; current uncompleted work or distribution of work; performance; no response from firm; or other reason. Firms excluded from short list will be notified as to reason for exclusion.

Factors for evaluation and weight: 1. Ability to perform the desired services within the time prescribed – 15 pts; 2. Past performance of firm – 15 pts; 3. Training of staff – 15 pts; 4. Previous experience with similar work and knowledge of project procedures – 15 pts; 5. Commitment of resources that could limit performance (ex.: staff, equipment) – 15 pts; 6. Firm’s familiarity with project area – 15 pts; 7. Accessibility of firm’s office – 10 pts. The highest ranked firm will be asked to enter into negotiations with Oz County for an agreement. In the event Oz County cannot reach agreement with the ranked firm, it will terminate negotiations with the said firm and commence negotiations with the next highest ranked firm, and so on, until an agreement is reached for a satisfactory scope of services for a fair and reasonable number of hours, or Oz County decides to pursue other alternatives.

Contract Terms and Conditions This is a KDOT project using KDOT funding. A standard three (3) phase, three (3) party agreement will be utilized with

special attachments for the Kansas “Tax Clearance Certificate”, the “Certification of Final Indirect Costs”, and the “Policy Regarding Sexual Harassment”.

Page 9: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 2A Sample Single-Step Advertisement

Instructions for Technical Proposal Note: No costs shall be contained in the technical proposal. Technical proposals will consist of the technical proposal and a

completed and signed Special Attachment No. 9 (“Certificate of Final Indirect Costs”), a completed and signed Special Attachment No. 10 (“Tax Clearance Certificate”). All these forms can be obtained via mail to Oz County Public Works, P.O. Box 987, Emerald City, KS 65432.

The main text of consultant’s technical proposal must not exceed six (6) pages (including cover sheets, indexes, etc.) to address the topics listed. Describe processes and procedures proposed by consultant to meet the project completion deadline listed above. Describe processes and procedures, included best practices, that will be used to perform the tasks and produce the deliverables described above under “Request for Proposal (Technical)”. Include in the technical proposal items such as:

Project manager/engineer in charge History of project with similar tasks Availability of staff to meet schedule without overtime Cost-effective or cost-reduction practices, processes or procedures used by consultant, if any

Any sub-consultant and their role (if any) that will be performing services on the project must complete Special Attachment No. 9 (“Certificate of Final Indirect Costs”), and the Special Attachment No. 10 (“Tax Clearance Certificate”).

Questions about this request for qualifications shall be sent to Oz County Public Works, P.O. Box 987, Emerald City, KS 65432, Phone (785) 964-3210.

Page 10: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 2B - Sample Multi-Step Advertisement

Note: Italicized text to be replaced with equivalent project specific text

<LPA Department> Request for Qualifications (RFQ)

The <LPA> is seeking qualified consulting firms for pre-construction engineering and project management in the equivalent

to the Kansas Department of Transportation’s (KDOT) Work Category: 212 – Highway Design-Minor Facility for the project listed below. Qualifications for roadway construction inspection in the equivalent to the KDOT’s Work Category: 241 will also be considered if consulting firm is interested.

Description

<KDOT Program> project CCC JJ-NNN-SS1, which is a <project scope> on <project location>. Plans will be developed by the firm using State and Federal requirements.

Contract Terms and Conditions This is a KDOT project using KDOT funding. A standard three (3) phase, three (3) party agreement will be utilized with

special attachments for the Kansas “Tax Clearance Certificate”, the “Certification of Final Indirect Costs”, and the “Policy Regarding Sexual Harassment”.

All qualified engineering consulting firms interested in submitting a letter of interest and a Statement of Qualifications to <LPA Contact Information>. A packet of information will then be provided that provides further details including a detailed project location and list of services to be performed. The purpose of this advertisement is to determine those who wish to be considered. If your firm is interested in being considered, a letter of interest should be mailed. Questions about this request for qualifications shall be sent to <LPA contact information>.

1Standard KDOT Project numbering format. CCC: County Number; JJ: Project Jurisdiction (may be one or two characters); NNNN: Project Number; SS: Project Stage.

Page 11: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 2B - Sample Multi-Step Advertisement

Sample Advertisement Date: February 1, 2018

City of Emerald City Request for Qualifications (RFQ)

The City of Emerald City is seeking qualified consulting firms for pre-construction engineering and project management in

the equivalent to the Kansas Department of Transportation’s (KDOT) Work Category: 212 – Highway Design-Minor Facility for the project listed below. Qualifications for roadway construction inspection in the equivalent to the KDOT’s Work Category: 241 will also be considered if consulting firm is interested.

Description

City Connecting Link Improvement Program (CCLIP) project 123 KA-8426-01, which is a pavement rehabilitation project including intersection reconstruction at Glitter Street on two (2) miles of Yellow Brick Road. Plans will be developed by the firm using State and Federal requirements.

Contract Terms and Conditions This is a KDOT project using KDOT funding. A standard three (3) phase, three (3) party agreement will be utilized with

special attachments for the Kansas “Tax Clearance Certificate”, the “Certification of Final Indirect Costs”, and the “Policy Regarding Sexual Harassment”.

All qualified engineering consulting firms interested in submitting a letter of interest and a Statement of Qualifications for this project shall send their information to City Engineer, Department of Public Works, 852 Poppy Field Way, Emerald City, KS 65432, Phone (785) 964-0123. A packet of information will then be provided that provides further details including a detailed project location and list of services to be performed. The purpose of this advertisement is to determine those who wish to be considered. If your firm is interested in being considered, a letter of interest should be mailed by February 22, 2018. Questions about this request for qualifications shall be sent to City Engineer, Department of Public Works, 852 Poppy Field Way, Emerald City, KS 65432, Phone (785) 964-0123.

Page 12: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 3 Consultant Selection Flow Chart

1. Project is initiated by KDOT

2. Contact LPA if Engineering is participating●PE packet is sent●CE packet is sent

3. Supplemental Data Sheet is filled out by LPA

Single-Step Multi-Step

7. Prepare Committee(s) for selection process

10. Commence negotiations with finalists

5b. Advertise for min. 14 days - Request for

Qualifications

6. Submit evaluation criteria to interested

consultants

5a. Advertise for min. 14 days (min. 15 days

before any negotiations)

12. Contracts are signed and KDOT sends signed copies to all parties

Quality Based Selection of Consultants by Local Public Authorities (LPAs)

8b. Convene Selection Committee to rank and select consultant from final list

11. Send selection documentation to KDOT after negotiations are completed.

9. Solicit independent estimate of engineering hours from KDOT

4. LPA determines evaluation criteria and prepares to advertise

8a. Convene Preliminary Review Committee to

create short list (if necessary)

Page 13: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 4 Code of Conduct

Project No. _____________________

CODE OF CONDUCT

This Code of Conduct shall govern the performance of our officers, employees or agents

engaged in the award and administration of contracts supported by Federal funds. NO employee, officer, or agent of the grantee may participate in the selection, award or administration of a contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when: 1. The employee, officer, or agent; 2. Any member of that employee, officer, or agent’s immediate family; 3. Any employee, officer, or agent’s partner; or 4. An organization which employs, or is about to employ, any of the above, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract.

The officers, employees, or agents may neither solicit nor accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties to subagreements except where the financial interest is not substantial or the gift is an unsolicited item of nominal value.

Violations of this code by any officer, employee, agent, subcontractor, or subcontractor’s

agents shall be penalized to the full extent under applicable Local, State and Federal laws, both criminal and civil. Note: This Code of Conduct is required by Federal Regulations. Please review the above information and sign and return the attached sheet “Certification of Project Applicant.”

Page 14: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 4 Code of Conduct form

2 | P a g e

CERTIFICATION OF PROJECT APPLICANT

I hereby certify that I am _______________________ a duly authorized representative of _____________________________ whose address is __________________________________ ______________________________. I certify and guarantee that neither I nor the above agency I represent has allowed any officer, employee, or agent to participate in the selection of a consultant, an award, or in the administering of a contract to be supported by Federal funds, if a conflict of interest, real or apparent, would arise from:

1. An officer, employee, or agent having a financial or other interest in the firm selected; or

2. An immediate family member of an officer, employee, or agent having a financial

or other interest in the firm selected; or

3. A partner of an officer, employee, or agent having a financial or other interest in the firm selected; or

4. An organization that employs or is about to employ any of the above, where the

organization has a financial or other interest in the firm selected.

I further certify that no officer, employee, or agent has solicited nor accepted gratuities, favors or anything of monetary value from said firm that is of substantial or intrinsic value, as determined by the established Code of Conduct.

I acknowledge that this certificate is to be furnished to the Secretary of Transportation for the

State of Kansas in connection with this Agreement and is subject to applicable State and Federal laws, both criminal and civil.

Date Signature (City or County)

Page 15: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 5 Prequalified List of Consultants

KANSAS DEPARTMENT OF TRANSPORTATION PREQUALIFIED CONSULTING ENGINEERS LIST

TRANSPORTATION FACILITIES ENGINEERING AND DEVELOPMENT PRE-CONSTRUCTION ENGINEERING AND PROJECT MANAGEMENT

(PRELIMINARY ENGINEERING) AND

CONSTRUCTION INSPECTION (CONSTRUCTION ENGINEERING)

The Consultants listed below have requested and have been prequalified by KDOT to perform Pre-Construction Engineering and Project Management (Preliminary Engineering) and Construction Inspection (Construction Engineering). These consultants are eligible to be considered.

To assure that Disadvantaged Businesses (DBE) and Women Owned Businesses (WBE)

are considered and used when possible in the consultant selection process, we have identified those businesses on this list. Please take necessary affirmative steps to assure that these businesses may be considered and used when possible.

THE ATTACHED LIST OF CONSULTANTS

ARE PREQUALIFIED IN THE

FOLLOWING WORK CATEGORIES

TRANSPORTATION FACILITIES ENGINEERING AND DEVELOPMENT Pre-Construction Engineering and Project Management

212 Highway Design-Minor Facility

Construction Inspection 241 Roadway and Bridge Construction Inspection

Page 16: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

HOME | NEWS | POPULAR LINKS

Enter Search Term(s):

Search

PRE-QUALIFIED CONSULTANTS

212 - Highway Design - Minor Facility View All

Name Address City State Zipcode Phone

AECOM Technical Services, Inc 303 East Wacker Drive, Suite 900 Chicago IL 60601 312-373-6563

AECOM Technical Services, Inc* 501 Sycamore Street, Suite 222 Waterloo IA 50703-1497 319-874-6594

AECOM Technical Services, Inc* 8300 College Blvd., Suite 200 Overland Park KS 66210-2603 913-344-1058

Affinis Corp. 8900 Indian Creek Parkway, Suite 450 Overland Park KS 66210-0000 913-239-1100

Alfred Benesch & Company 11010 Haskell Avenue, Suite 200 Kansas City KS 66109- 913-441-1100

Alfred Benesch & Company* 3226 Kimball Avenue Manhattan KS 66503 785-539-2202

Allgeier, Martin & Associates, Inc 7231 E 24th Street Joplin MO 64804 417-624-5703

Allgeier, Martin & Associates, Inc* 1801 W. Norton Road Springfield MO 65803 417-351-6669

Allgeier, Martin & Associates, Inc* 1201 N.W. Briarcliff Parkway Kansas City MO 64116 816-673-7540

AMEC Foster Wheeler Envmt & Infrastructure, Inc.

100 SE 9th, Suite 400 Topeka KS 66612- 785-272-6830

Bartlett & West, Inc. 1200 SW Executive Drive Topeka KS 66615-3850 785-272-2252

Baughman Company, P.A. 315 Ellis Wichita KS 67211-1811 316-262-7271

BG Consultants, Inc. 1405 Wakarusa Drive Lawrence KS 66049 785-749-4474

BG Consultants, Inc.* 900 E. 27th Ave. Hutchinson KS 67502 620-665-3952

BG Consultants, Inc.* 4806 Vue Du Lac Place Manhattan KS 66503 785-537-7448

Brungardt Honomichl & Co, P.A. 7101 College Blvd., Suite 400 Overland Park KS 66210-0000 913-663-1900

Brungardt Honomichl & Co, P.A.* 901 N. 8h Street, Suite 100 Kansas City KS 66101 913-663-1900

Brungardt Honomichl & Co, P.A.* 705 1st Avenue, Suite A Dodge City KS 67801 620-225-1400

Burns & McDonnell Engineering Company,Inc.

9400 Ward Parkway Kansas City MO 64114-3319 816-333-9400

Campbell and Johnson Engineers, PA 113 West 7th Street Concordia KS 66901 785-243-1755

CDM Smith Inc 9200 Ward Parkway, Suite 500 Kansas City MO 64114 816-444-8270

CDM Smith Inc* 345 Riverview Street, Suite 520 Wichita KS 67203 316-660-6700

CES Group, PA 1102 Broadway Street Marysville KS 66508 785-562-5148

CH2M Hill, Inc. 9193 S. Jamaica St Englewood CO 80112-5946 720-286-5137

CH2M Hill, Inc.* 4601 W. 6th Street, Suite 102 Lawrence KS 66049 785-841-1774

Continental Consulting Engineers, Inc. 9000 State Line Road Leawood KS 66206 913-642-6642

Continental Consulting Engineers, Inc.* 11006 Parallel Parkway, Suite 1 Kansas City KS 66109 913-642-6642

Cook, Flatt & Strobel, Engineers, P.A. 2930 SW Woodside Drive Topeka KS 66614 785-272-4706

Crafton, Tull, and Associates, Inc. 901 N. 47th St, Suite 200 Rogers AR 72756 479-636-4838

Dewberry Engineers Inc. 1350 S. Boulder, Suite 600 Tulsa OK 74119-3216 918-295-5255

Driggs Design Group, PA 2727 Rory Road Manhattan KS 66502 785-313-1346

Driggs Design Group, PA* 205 E. 7th Street, Suite 325 Hays KS 67601 785-313-1346

Earles Engineering & Inspection, Inc. 115 W Iron Ave. Salina KS 67401 785-309-1060

Earles Engineering & Inspection, Inc.* 211 N. Kansas Ave. Liberal KS 67901 620-626-8912

Earles Engineering & Inspection, Inc.* 105 W. 7th Street Pittsburg KS 66762 620-308-5577

Evans, Bierly, Hutchison & Associates, P.A. 1105 Williams Great Bend KS 67530-4487 620-793-8411

Evans, Bierly, Hutchison & Associates, P.A.* 500 East Main Marion KS 66861 620-821-2124

Evans, Bierly, Hutchison & Associates, P.A.* 123 S. Main Cimarron KS 67835 620-855-7030

Felsburg Holt & Ullevig 11422 Miracle Hills Drive, Suite 115 Omaha NE 68154-4420 402-445-4405

Finney & Turnipseed, Transp.&CE, LLC 610 SW 10th Street, Suite 200 Topeka KS 66612-1674 785-235-2393

Garver, LLC 12200 NW Ambassador Drive, Suite 205 Kansas City MO 64163 816-298-6465

Garver, LLC* 2120 South Airport Road, Suite A Wichita KS 67209 316-221-3016

Garver, LLC* 7301 West 129th Street, Suite 330 Overland Park KS 66213-2635 913-696-9755

George Butler Associates, Inc. 9801 Renner Boulevard Lenexa KS 66219-9745 913-492-0400

H W Lochner, Inc. 1823 S. Ohio Street Salina KS 67401- 785-827-3603

H W Lochner, Inc.* 16105 W 113th Street, Suite 107 Lenexa KS 67401-3713 785-827-3603

Hanson Professional Services, Inc. 10740 Nall Avenue, Suite 200 Overland Park KS 66211 816-941-2178

HDR Engineering, Inc. 4435 Main St, Suite 1000 Kansas City MO 64111-1856 816-360-2700

HDR Engineering, Inc.* 18001 West 106th Street, Suite 140 Olathe KS 66061-2861 913-553-6870

Hg Consult, Inc. 10512 Euclid Avenue Kansas City MO 64155 816-918-1114

HNTB Corporation 7400 W 129th St, Ste 100 Overland Park KS 66213-3325 913-491-9333

JEO Consulting Group, Inc. 11717 Burt Street, Suite 210 Omaha NE 68154-1510 402-43-7488

Kaw Valley Engineering, Inc. 2319 N. Jackson, Box 1304 Junction City KS 66441-1304 785-762-5040

Kaw Valley Engineering, Inc.* 14700 W. 114th Terrace Lenexa KS 66215 913-894-5150

Kirkham Michael & Associates, Inc 217 North Douglas Ellsworth KS 67439 785-472-3163

Landplan Engineering, P.A. 1310 Wakarusa Dr.,Ste.100 Lawrence KS 66049 785-843-7530

Landplan Engineering, P.A.* 1600 Genessee, Suite 400 Kansas City MO 64102 816-221-2234

Mc Afee, Henderson Solutions 15700 College Blvd. Lenexa KS 66219 913-888-4647

Mc Afee, Henderson Solutions* 309 Jefferson Oskaloosa KS 66066 785-863-2647

Miller & Associates Consulting. Engrs, P.C. 1111 Central Ave Kearney NE 68847-6833 308-234-6456

Miller & Associates Consulting. Engrs, P.C.* 320 West 4th Street Colby KS 67701 785-460-1956

Miller & Associates Consulting. Engrs, P.C.* 109 East Second Street McCook NE 69001 308-345-3710

MKEC Engineering Consultants, Inc 411 N. Webb Rd Wichita KS 67206-2521 316-684-9600

OBI Consulting Engineers, Inc. 1220 E. 63rd Street, Suite 200 Kansas City MO 64110 816-822-7292

Olsson Associates 7301 W. 133rd St, Suite 200 Overland Park KS 66213 913-381-1170

Olsson Associates* 301 S. 4th Street, Suite 110 Manhattan KS 66503 785-539-6900

Penco Engineering, P.A. 711 NW 3rd St., POBox 392 Plainville KS 67663 785-434-4611

Phelps Engineering, Inc. 1270 N. Winchester Olathe KS 66061- 913-393-1155

Poe & Associates, Inc. 544 West Douglas Wichita KS 67203- 316-685-4114

Poe & Associates, Inc.* 1601 NW Expressway, Suite 400 Oklahoma City OK 73118 405-949-1962

Professional Engineering Consultants, P.A. 303 S. Topeka Wichita KS 67202 316-262-2691

Professional Engineering Consultants, P.A.* 1263 S.W. Topeka Blvd Topeka KS 66612 785-233-8300

Professional Engineering Consultants, P.A.* 104 S. Pine Pittsburg KS 66762 620-235-0195

Renaissance Infrastructure Consulting 5015 NW Canal Street, Suite 100 Riverside MO 64150- 816-800-0950

Renaissance Infrastructure Consulting* 5015 NW Canal Street, S Riverside MO 64150 816-800-0950

Renaissance Infrastructure Consulting* 207 S 5th Street Leavenworth KS 66048 913-682-8606

HOME TRAVELER INFORMATION DOING BUSINESS INSIDE KDOT PROJECTS/PUBLICATIONS PUBLIC INFORMATION

Page 1 of 2Kansas Dept. of Transportation: Pre-Qualified Consultants

9/15/2017http://www.ksdot.org/divEngDes/prequal/consultants/default.aspx?page=consultlist&view...

Page 17: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

RMA Engineering 409 W 2nd, PO Box 18 Minneapolis KS 67467-0018 785-492-5762

Ruggles & Bohm, P.A. 924 North Main Wichita KS 67203 316-264-8008

Schlagel & Associates, P.A. 14920 W 107th St Lenexa KS 66215-4018 913-492-5158

Schwab-Eaton, P.A. 1125 Garden Way Manhattan KS 66502-1740 785-539-4687

Schwab-Eaton, P.A.* 631 E. Crawford, Ste 203 Salina KS 67401 785-404-3139

Schwab-Eaton, P.A.* 8615 W. Frazier Ln., Ste 2 Wichita KS 67212 316-722-4472

Shafer, Kline & Warren, Inc. 11250 Corporate Ave. Lenexa KS 66219-1392 913-888-7800

Shafer, Kline & Warren, Inc.* 1323 East 71st Street, Suite 120 Tulsa OK 74136 918-499-6000

Shafer, Kline & Warren, Inc.* 1700 Swift Avenue, Suite 100 N. Kansas City MO 64116 816-756-0444

SK Design Group, Inc. 4600 College Blvd, Suite 100 Overland Park KS 66211-1606 913-451-1818

SMH Consultants 2017 Vanesta Place, Suite 110 Manhattan KS 66503 785-776-0541

SMH Consultants* 236 San Jose Street, Suite 127 Dodge City KS 67801 620-255-1952

Smith & Oakes, Inc. P.O. Box 696, 107 N Summit Arkansas City KS 67005 620-442-4756

STV Incorporated 6701 W. 64th Street, Suite 320 Mission KS 66202 913-213-5110

TapanAm Associates, Inc. 13340 Holmes Road Kansas City MO 64145 816-595-7105

Tetra Tech, Inc 8001 College Boulevard, Suite 200 Overland Park KS 66210- 913-956-3998

Tetra Tech, Inc* 415 Oak Street Kansas City MO 64106 816-412-1741

Tetra Tech, Inc* 119 N. Robinson, Suite 700 Oklahoma City,OK 73102 405-606-8600

TranSystems Corporation 2400 Pershing Rd, Ste 400 Kansas City MO 64108-2526 816-329-8600

TranSystems Corporation* 245 N. Waco, Suite 222 Wichita KS 67202-1121 316-303-3000

TranSystems Corporation* 115 S. Sixth Street, Suite B Independence KS 67301-3761 620-331-3999

Trekk Design Group, LLC 1441 E 104th Street, Suite 105 Kansas City MO 64131 816-874-4655

Walter P. Moore and Associates, Inc. 920 Main Street, 10th Floor Kansas City MO 64105 816-701-2100

Wilson & Company, Inc., Engineers &Architects

1700 E. Iron Ave. Salina KS 67402-4301 785-827-0433

Wilson & Company, Inc., Engineers &Architects*

800 East 101st Terr., Suite 200 Kansas City MO 64131 816-701-3100

WSP Parsons Brinckerhoff, Inc. 225 North Market, Suite 350 Wichita KS 67202-2028 316-263-6121

WSP Parsons Brinckerhoff, Inc.* 16201 W. 95th Street, Suite 200 Lenexa KS 66219 913-310-9943

z1

Z23

Z29

Z31

Z32

Z33

Z43

Z45

z9

Would you like to get more details on qualifications and/or how to get qualified?

TRAVELER INFORMATION

KANDRIVE/511

SAFETY INFORMATION

STATE MAPS

TOURIST INFORMATION

KANSAS BYWAYS

KANSAS CITY METRO

TOPEKA/LAWRENCE METRO

WICHITA METRO

DOING BUSINESS

PERMITS

BIDDING & LETTING

COMMERCIAL VEHICLES

DESIGN CONSULTANTS

HIGHWAY CONTRACTORS

LOCAL GOVERNMENTS

OFFICE OF CONTRACT

COMPLIANCE

BRIDGE INSPECTION PORTAL

LOCAL PROJECTS

INSIDE KDOT

ABOUT KDOT

KANSAS CITY METRO

TOPEKA/LAWRENCE METRO

WICHITA METRO

DISTRICTS

DIVISIONS & BUREAUS

PERFORMANCE

PROJECTS/PUBLICATIONS

T-WORKS

PROJECTS/STUDIES

TRANSPORTATION PLANNING

PUBLICATIONS

PUBLIC INFORMATION

NEWS

OPEN RECORDS

MEDIA CONTACTS

INVESTOR RELATIONS

CONNECT WITH

KDOT

CONTACT

FACEBOOK

TWITTER

FLICKR

YOUTUBE

PINTEREST

DIRECTORY

© Kansas Department of Transportation

To request an alternative accessible format of a KDOT publication, please contact

Transportation Information:

Eisenhower Building - 700 SW Harrison, 2nd Floor West, Topeka, KS, 66603-3745, or

(785) 296-3585 (Voice)/Hearing Impaired - 711.

Page 2 of 2Kansas Dept. of Transportation: Pre-Qualified Consultants

9/15/2017http://www.ksdot.org/divEngDes/prequal/consultants/default.aspx?page=consultlist&view...

Page 18: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

HOME | NEWS | POPULAR LINKS

Enter Search Term(s):

Search

PRE-QUALIFIED CONSULTANTS

241 - Construction Inspection and Testing View All

Name Address City State Zipcode Phone

Affinis Corp. 8900 Indian Creek Parkway, Suite 450 Overland Park KS 66210-0000 913-239-1100

Alfred Benesch & Company 11010 Haskell Avenue, Suite 200 Kansas City KS 66109- 913-441-1100

Alfred Benesch & Company* 3226 Kimball Avenue Manhattan KS 66503 785-539-2202

Allgeier, Martin & Associates, Inc 7231 E 24th Street Joplin MO 64804 417-624-5703

Allgeier, Martin & Associates, Inc* 1801 W. Norton Road Springfield MO 65803 417-351-6669

Allgeier, Martin & Associates, Inc* 1201 N.W. Briarcliff Parkway Kansas City MO 64116 816-673-7540

Bartlett & West, Inc. 1200 SW Executive Drive Topeka KS 66615-3850 785-272-2252

BG Consultants, Inc. 1405 Wakarusa Drive Lawrence KS 66049 785-749-4474

BG Consultants, Inc.* 900 E. 27th Ave. Hutchinson KS 67502 620-665-3952

BG Consultants, Inc.* 4806 Vue Du Lac Place Manhattan KS 66503 785-537-7448

Brungardt Honomichl & Co, P.A. 7101 College Blvd., Suite 400 Overland Park KS 66210-0000 913-663-1900

Brungardt Honomichl & Co, P.A.* 901 N. 8h Street, Suite 100 Kansas City KS 66101 913-663-1900

Brungardt Honomichl & Co, P.A.* 705 1st Avenue, Suite A Dodge City KS 67801 620-225-1400

Burns & McDonnell Engineering Company,Inc.

9400 Ward Parkway Kansas City MO 64114-3319 816-333-9400

Campbell and Johnson Engineers, PA 113 West 7th Street Concordia KS 66901 785-243-1755

CES Group, PA 1102 Broadway Street Marysville KS 66508 785-562-5148

Cook, Flatt & Strobel, Engineers, P.A. 2930 SW Woodside Drive Topeka KS 66614 785-272-4706

Cook, Flatt & Strobel, Engineers, P.A.* 1421 E. 104th Street, Suite 100 Kansas City MO 64131 816-333-4477

Cook, Flatt & Strobel, Engineers, P.A.* 1100 W. Cambridge Circle Drive, Suite 700 Kansas City KS 66103 913-627-9040

E.E.S. LLC 952 E Oak Crest Drive Gardner KS 66030 913-961-2649

Earles Engineering & Inspection, Inc. 115 W Iron Ave. Salina KS 67401 785-309-1060

Earles Engineering & Inspection, Inc.* 105 W. 7th Street Pittsburg KS 66762 620-308-5577

Earles Engineering & Inspection, Inc.* 211 N. Kansas Ave. Liberal KS 67901 620-626-8912

Evans, Bierly, Hutchison & Associates, P.A. 1105 Williams Great Bend KS 67530-4487 620-793-8411

Evans, Bierly, Hutchison & Associates, P.A.* 123 S. Main Cimarron KS 67835 620-855-7030

Evans, Bierly, Hutchison & Associates, P.A.* 500 East Main Marion KS 66861 620-821-2124

Finney & Turnipseed, Transp.&CE, LLC 610 SW 10th Street, Suite 200 Topeka KS 66612-1674 785-235-2393

Garver, LLC 924 N. Main Street Wichita KS 67203 316-264-8008

Garver, LLC* 2120 South Airport Road, Suite A Wichita KS 67209 316-221-3016

Garver, LLC* 7301 West 129th Street, Suite 330 Overland Park KS 66213-2635 913-696-9755

George Butler Associates, Inc. 9801 Renner Boulevard Lenexa KS 66219-9745 913-492-0400

Geotechnology, Inc. 5055 Antioch Road Overland Park KS 66203- 913-438-1900

H W Lochner, Inc. 1823 S. Ohio Street Salina KS 67401- 785-827-3603

H W Lochner, Inc.* 16105 W 113th Street, Suite 107 Lenexa KS 67401-3713 785-827-3603

HDR Engineering, Inc. 4435 Main St, Suite 1000 Kansas City MO 64111-1856 816-360-2700

HDR Engineering, Inc.* 18001 West 106th Street, Suite 140 Olathe KS 66061-2861 913-553-6870

HNTB Corporation 7400 W 129th St, Ste 100 Overland Park KS 66213-3325 913-491-9333

Intertek-PSI (Professional Service Industries) 1211 W. Cambridge Circle Drive Kansas City KS 66103 913-310-1600

Kansas City Testing & Engineering, LLC. 1308 Adams Street Kansas City KS 66105-1359 913-321-8100

Kaw Valley Engineering, Inc. 2319 N. Jackson, Box 1304 Junction City KS 66441-1304 785-762-5040

Kaw Valley Engineering, Inc.* 14700 W. 114th Terrace Lenexa KS 66215 913-894-5150

Kirkham Michael & Associates, Inc 217 North Douglas Ellsworth KS 67439 785-472-3163

Mc Afee, Henderson Solutions 15700 College Blvd. Lenexa KS 66219 913-888-4647

Mc Afee, Henderson Solutions* 309 Jefferson Oskaloosa KS 66066 785-863-2647

McClure Engineering Company 11250 Corporate Ave. Lenexa KS 66219-1392 913-888-7800

McClure Engineering Company* 1323 East 71st Street, Suite 120 Tulsa OK 74136 918-499-6000

McClure Engineering Company* 1700 Swift Avenue, Suite 100 N. Kansas City MO 64116 816-756-0444

MKEC Engineering Consultants, Inc 411 N. Webb Rd Wichita KS 67206-2521 316-684-9600

Olsson Associates* 302 S. 4th Street, Suite 110 Manhattan KS 66503 785-539-6900

Penco Engineering, P.A. 711 NW 3rd St., POBox 392 Plainville KS 67663 785-434-4611

Poe & Associates, Inc. 1601 NW Expressway, Suite 400 Oklahoma City OK 73118- 405-949-1962

Poe & Associates, Inc.* 544 West Douglas Wichita KS 67203 316-685-4114

Professional Engineering Consultants, P.A. 303 S. Topeka Wichita KS 67202 316-262-2691

Professional Engineering Consultants, P.A.* 104 S. Pine Pittsburg KS 66762 620-235-0195

Professional Engineering Consultants, P.A.* 1263 S.W. Topeka Blvd Topeka KS 66612 785-233-8300

RMA Engineering 409 W 2nd, PO Box 18 Minneapolis KS 67467-0018 785-492-5762

Schlagel & Associates, P.A. 14920 W 107th St Lenexa KS 66215-4018 913-492-5158

Schwab-Eaton, P.A. 1125 Garden Way Manhattan KS 66502-1740 785-539-4687

Schwab-Eaton, P.A.* 8615 W. Frazier Ln., Ste 2 Wichita KS 67212 316-722-4472

Schwab-Eaton, P.A.* 631 E. Crawford, Ste 203 Salina KS 67401 785-404-3139

SMH Consultants* 236 San Jose Street, Suite 127 Dodge City KS 67801 620-255-1952

Terracon Consultants, Inc. 3113 SW Van Buren St Topeka KS 66611 785-267-3310

TranSystems Corporation 2400 Pershing Rd, Ste 400 Kansas City MO 64108-2526 816-329-8600

TranSystems Corporation* 115 S. Sixth Street, Suite B Independence KS 67301-3761 620-331-3999

TranSystems Corporation* 245 N. Waco, Suite 222 Wichita KS 67202-1121 316-303-3000

Trekk Design Group, LLC 1441 E 104th Street, Suite 105 Kansas City MO 64131 816-874-4655

Wilson & Company, Inc., Engineers &Architects

1700 E. Iron Ave. Salina KS 67402-4301 785-827-0433

Wilson & Company, Inc., Engineers &Architects*

800 East 101st Terr., Suite 200 Kansas City MO 64131 816-701-3100

WSP USA, Inc. (Parsons Brinckerhoff) 225 North Market, Suite 350 Wichita KS 67202-2028 316-263-6121

WSP USA, Inc. (Parsons Brinckerhoff)* 16201 W. 95th Street, Suite 200 Lenexa KS 66219 913-310-9943

Z22

Z47

z9

HOME TRAVELER INFORMATION DOING BUSINESS INSIDE KDOT PROJECTS/PUBLICATIONS PUBLIC INFORMATION

Page 1 of 2Kansas Dept. of Transportation: Pre-Qualified Consultants

12/13/2018http://www.ksdot.org/divEngDes/prequal/consultants/default.aspx?page=consultlist&vie...

Page 19: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 5A Sample Request for Qualifications

Project No. City/County Consultant’s Address Dear :

For special qualifying projects developed under local jurisdiction, the Kansas Department of Transportation (KDOT) has established a process where cities/counties have the option of hiring a consultant to perform certain engineering services. In order to carry out our construction program, we must augment our staff by soliciting interest from consulting firms to perform the preliminary and construction engineering duties on the above noted project(s). If your firm is interested in being considered for this project, you must respond by .

We intend to follow the procedures stipulated in federal regulations 23 C.F.R.172 in our selection and negotiation with a consultant. We expect to execute an agreement with a consultant and KDOT for the preliminary engineering and a supplemental agreement for the construction engineering, if desired. Attached for your review is detailed information describing the project(s) for which we are soliciting interest from consultants. We have also provided the criteria on which the evaluation of firms will be made.

With your letter of reply, you should include the following information relative to the category of work proposed:

1. A copy of the current Consulting Engineer Qualifications and Questionnaire KDOT form No. 1050 (Note: completion of page 5 is not mandatory)

2. A signed and notarized copy of the Certification by Prospective Participants as to Current History

Regarding Debarment, Eligibility, Indictments, Convictions, or Civil Judgements (Attachment 5B)

3. Capabilities of the firm

4. List of qualified personnel including work history 5. Office locations 6. References 7. Other pertinent information

From those firms expressing interest, the City/County will contact the most qualified consultants (no fewer than

three, no more than five) with specific project details. Firms not selected will be notified by letter. A Negotiation Committee will review the qualifications of the firms and select one with which to begin negotiating a contract. (Note: The Negotiating Committee may desire to obtain additional information from the interested firms). After a proposal has received our approval, the remaining firms will be notified by letter. This proposal will be submitted to KDOT for approval and preparation of an agreement.

Sincerely,

(LPA’s Name)

Page 20: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 5B Certification by Prospective Participants Certification by Prospective Participants as to current history regarding debarment,

eligibility, indictments, convictions, or civil judgments ,

President, Chairman, or Authorized Official being duly sworn (or under penalty of perjury under the laws of the United States), certifies that, except as noted below,

Agency or Company or any person associated therewith in the capacity of

Owner, partner, director, officer, principal investigator, project director, manager, auditor, or any other position involving the administration of federal funds

is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against (it) by a court of competent jurisdiction in any manner involving fraud or official misconduct within the past three years; Exceptions Exceptions will not necessarily result in denial of award, but will be considered in determining bidder or respondent responsibility. For any exceptions noted, indicate below to whom it applies, initiating agency, and dates of action. Providing false information may result in criminal prosecution or administrative sanctions. Signature Sworn to before me, a Notary Public in and for the County of , State of this day of , 20 . Notary Public My Commission expires

Page 21: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 5C Supplemental Data Sheet

1 | P a g e

Supplemental Data Sheet City/County Engineering Services

1. City/County: 2. Project No.: 3. Project Location: 4. Estimated Project Length: 5. Scope of Services Requested: Yes No Phase I: Design and plan preparation for grading, bridges

and surfacing for the above described project, including special specifications as required.

Yes No Phase II: The review and recommendations for approval of

all shop drawings and drawings for falsework as may be required, except for items designed by others.

Yes No Phase III: The construction engineering necessary to insure

proper construction of the project that will include the contract administration, survey, and materials testing. In order to implement this phase, a supplemental agreement will be executed prior to or near the time the project is let contract to a construction contractor.

Yes No As an option on Phase III you may select to have the

consultant perform the contractor construction staking. (Unless this is a bid item on the plans.)

Bridge #1 Bridge #2 Grading: Miles Bridges: Estimated Miles: Surfacing: Miles Other 6. Estimated Letting Date:

7. KDOT References that are the normal control for the Preliminary Engineering:

a. Standard Specifications for Road and Bridge Construction of the Kansas Department of Transportation (most recent edition) with Special Provisions and Project Special Provisions, and with the rules and regulations of FHWA pertaining to the Project

Page 22: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 5C Supplemental Data Sheet

2 | P a g e

b. KDOT Design Manual c. KDOT Local Projects LPA Project Development Manual d. Bureau of Local Projects memos e. Geotechnical Bridge Foundation Investigation Guidelines f. The Bureau of Transportation Safety and Technology’s Traffic Engineering

Guidelines (the most recent version) g. Manual on Uniform Traffic Control Devices (MUTCD) (the most recent version)

h. American Association of State Highway and Transportation Officials – A Policy of

Geometric Design of Highways and Streets (most recent edition) 8. The Construction Engineering duties, if requested, will include on-site inspection, testing

and contract administration for the project. The consultant should verify in their response that they have, or will have, qualified personnel who can be assigned to this project. The agreement developed will include a conflict of interest clause that will preclude the consultant selected to do the construction engineering duties from also performing work for the contractor that constructs the project.

9. The provisions of the Civil Rights Act of 1964, the Rehabilitation Act of 1973, the Age

Discrimination Act of 1975, and the Americans with Disabilities Act of 1990 will apply to all firms and will be included as a part of the Agreement.

10. Worker’s Compensation Insurance will be required for the personnel working on the

project. 11. The consultant’s accounting system must provide:

a. Valid, reliable, and current costs to support the firm’s cost and pricing data.

b. A means of measuring the reasonableness of incurred costs.

c. Identifiable and accumulative allowable cost by contract or project records which will reconcile with the general ledger.

d. Supporting documentation of actual expenditures for each billing, based on costs.

Page 23: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 6 Sample Preliminary Review Committee Report

Preliminary Review Committee Report

Note: Please list firms in the order in which their responses were received.

Project Number

City/County

Reasons Consultant’s Name

X = Passed to Selection Committee 1 = Excluded because of size and

qualifications 2 = Excluded because of experience of

personnel available for project 3 = Excluded because of current uncompleted

work, or distribution of work 4 = Excluded because of performance 5 = Other (communication, program procedure

knowledge) 6 = No response from the consultant * = Firm not prequalified in this category

REASONS

Review Committee Findings of

(Date)

Signature

Review Committee Chairperson

Page 24: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 6A Selection Committee Report (w/ Sample)

Weight amt.

(100 pts max)2

TotalsRanking

1City/County may use alternate criteria if approved by the Bureau of Local Projects prior to starting review process2City/County must determine maximum amount possible for each category based upon its importance to project (see sample below)

Note: Accessibility of firm's office may be a maximum of 10 points or 10% of total points.

Project NumberCity/County

Name of Consulting Firm

Past performance of firm

Selection Committee Report

Criteria1

Ability to perform the desired services within the time prescribed

Accessibility of firm's office (10 pts max allowed)Firm's familiarity with project area

Training of staffPrevious experience with similar work and knowledge of KDOT project proceduresCommitment of resources that could limit performance (ex. staff, equipment)

Page 25: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 6A Selection Committee Report (w/ Sample)

Project Number C-0000-01City/County XJY

Weighted amt. (100 pts max) ABC, Inc DEF, LLC GHI Consult. JKL Brothers MNO, Inc

25 22 14 25 20 25

15 14 10 13 11 1510 7 3 10 9 9

10 8 4 9 7 9

25 14 20 24 21 2310 9 2 10 8 105 3 5 4 2 5

Totals 77 58 95 78 96Ranking 4 5 2 3 1

Accessibility of firm's office (10 pts max allowed)

Name of Consulting Firm

Past performance of firm

Training of staffPrevious experience with similar work and knowledge of KDOT project proceduresCommitment of resources that could limit performance (ex. staff, equipment)

Firm's familiarity with project area

Ability to perform the desired services within the time prescribed

Sample

Page 26: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 6B Sample Proposal Letter

Project No. City/County Consultant’s Address Dear ________________:

This letter is to inform you that your firm has been selected by procedures outlined in the federal regulations 23 C.F.R. 172 to submit a detailed proposal to perform Preliminary Engineering services on the above noted projects(s).

We are requesting that you consider, complete, and return a copy of the attached Proposal for Engineering Services, the Estimate of Preliminary Engineering Fee form, the Certification of Final Indirect Costs form, and the Tax Clearance Certificate form. This proposal indicates the services to be performed and an estimated number of hours required to complete the work. We are requesting your proposal be returned to us by __________. We will be notifying you regarding our acceptance or rejection of your proposal.

If the project advances to contract and we desire your services for construction engineering, we will provide you with a similar proposal to be completed for execution of a supplemental agreement.

Please contact this office if you have any questions regarding our selection process or if we can be of assistance. Sincerely, (LPA’s Name)

Page 27: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 6C Sample Work Estimate

Task Title of persons assigned to task # of hours to complete task

Project Management Sr Project Manager 20Project Manager 75Project Engineer 30

Administrative Assistant 15

Survey & Research Project Manager 16Survey Chief 36Survey Crew 162

Traffic Design & Plans Project Manager 18Project Engineer 48Design Engineer 62

Technician 96

Roadway Design & Plans Sr Project Manager 22Project Manager 88Project Engineer 62

CADD Technician 111

Bridge Design & Plans Sr Project Manager 26Project Manager 17Project Engineer 133

Technician 41

Total Hours: 1078

Sample of Work Estimate*

* Note: The tasks and titles indicated are to serve only as examples, not as a definitive list of what should be included in this work estimate.

Page 28: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 7 Sample Proposal for Engineering Services

1 | P a g e

1 Copy to KDOT (To accompany KDOT Form 1302) County 1 Copy for County 1 Copy for Consultant Project No. PROPOSAL FOR ENGINEERING SERVICES Cost Plus Net Fee The Consulting Engineering Firm of ___________________________with principal offices located at_________________, hereinafter referred to as the CONSULTANT has reviewed the information transmitted by ____________City/County, hereinafter referred to as the “LPA” (Local Public Authority). Based on this information, the Consultant submits the following Proposal: 1. The LPA has requested a Proposal for preliminary engineering and plan preparation

(engineering services) from the Consultant for the following proposed construction improvements:

Bridge #1 Grading: \ Miles Bridges: Est. Feet \ Bridge #2 Surfacing: \ Miles Est. Feet \ on _______________________________Route _____________ located __________ and designated by the above noted project number. The subject construction improvements, however, are hereinafter referred to as the Project.

2. The LPA has stated that it desires federal participation in the cost of the engineering services, as well as the construction cost of the Project.

3. The LPA desires the engineering services provided by the Consultant to be in accordance

with regulations prescribed by the Federal Highway Administration (FHWA) and the Secretary of Transportation of the State of Kansas, hereinafter referred to as the Secretary. The scope of engineering services can be defined as follows:

Phase I: Design and plan preparation for grading, bridges and surfacing for the above-described project, including special specifications as required.

Phase II: The review and recommendations for approval of all shop drawings and drawings for falsework as may be required, except for items designed by others. Phase III: The construction engineering necessary to ensure proper construction of the project that will include the contract administration, surveys, and materials testing.

Page 29: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 7 Sample Proposal for Engineering Services

2 | P a g e

4. The engineering services performed by the Consultant for Phases I and II* will include, but not necessarily be limited to, the following as indicated thusly (+):

Surveys ( ) Topographical Survey ( ) Geological Survey ( ) Relocation Survey ( ) Bridge Soundings ( ) Normal Field Survey ( ) R/W Survey Plans, Specifications & Estimates 1) Road 2) Bridges ( ) Balanced Grading Plan ( ) Contour Maps ( ) Pavement Design ( ) Bridge Layout Cost ( ) Culvert Designs ( ) Cost Completion ( ) R/W Descriptions ( ) Bridge (Superstructure) ( ) R/W Strip Map ( ) Bridge (Substructure) ( ) Surfacing Plans ( ) Detailed Bridge Plans ( ) Storm Sewers ( ) Special Provisions ( ) Special Provisions ( ) *Review Shop Drawings ( ) Construction Cost Estimate ( ) *Review Falsework Drawings ( ) R/W Staking ( ) Construction Cost Estimate ( ) Traffic Control Plan ( ) Other ( ) Other phases if involved: \ 5. The proposed Project will be constructed on said route to equal or exceed the Secretary’s

approved design guidelines for the following:

(a) AADT (b) Minimum design speed of __________ MPH (c) Other _____________________________________

6. The Consultant will perform the following engineering services:

(a) Prepare detailed design plans and construction drawings in conformity with the state and federal design criteria appropriate for the Project, in accordance with either the current version of the American Association of State Highway and Transportation Officials (AASHTO) A Policy on Geometric Design of Highways and Streets “Green Book”, or the current version of the KDOT Local Projects LPA Project Development Manual, the Bureau of Local Projects Memorandums (BLP Memos), the KDOT Design Manual, the Geotechnical Bridge Foundation Investigation Guidelines, the current version of the Bureau of Transportation Safety and Technology’s Traffic Engineering Guidelines, the latest version, as adopted by the Secretary, of the Manual on Uniform Traffic Control Devices (MUTCD), the

Page 30: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 7 Sample Proposal for Engineering Services

3 | P a g e

Bureau of Road Design’s Road Memorandums, the current version of the KDOT Standard Specifications for State Road and Bridge Construction with Special Provisions and Project Special Provisions, and with the rules and regulations of FHWA pertaining to the Project.

(b) Prepare revised plans, as requested by representatives of the LPA or the Secretary,

made necessary by field check and/or office check review recommendations, errors, omissions, or negligence of the Consultant, at any time prior to the completion and final acceptance of the construction contracts covering the Project. Such revised plans may be made by the Secretary or LPA at the Consultant’s expense.

(c) Prepare the plans for the Project for such parts or sections, and in such order of

completion, as designated by the LPA.

(d) Make the necessary field surveys to determine horizontal and vertical alignment for the proposed project.

(e) Prepare and furnish electronic set of preliminary construction plans for field check

and review to the LPA and two (2) sets to the Secretary. These plans shall, at a minimum, show the horizontal and vertical alignment, typical sections, contour information, construction layouts and size of bridges, size and location of drainage structures, intersection details, construction limits, existing and new right-of-way limits, property owners, utility locations and ownership, and be included on the appropriate following sheets: Title, Typical Section, Surfacing, Plan-Profile, Cross Sections, Contour Map, and Bridge Layout, Traffic Control Plan, and such other special sheets as the Consultant deems necessary. (Refer to the LPA Project Development Manual http://kart.ksdot.org/)

(f) Field check the Project with representatives of the LPA and Secretary. (g) Incorporate any changes which may have been agreed to during the field check,

and include in such plans estimates of quantities, special provisions, supplemental specifications, and an updated estimate of cost.

(h) Submit one complete electronic set of the plans to the Secretary for office check

review along with copies of special provisions, supplemental specifications and the updated cost estimate. The LPA may request a similar set of prints and copies of the office check plans. (Refer to the LPA Project Development Manual http://kart.ksdot.org/)

(i) Prepare electronic final plans with a signed and sealed Title Sheet, an updated cost

estimate based on final plan quantities (if different from office check estimate), and necessary special provisions and supplemental specifications.

(j) Prepare plats and descriptions of right-of-way required and furnish to the LPA.

(This item is optional but is included if so noted on Page 2 of this Proposal.)

Page 31: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 7 Sample Proposal for Engineering Services

4 | P a g e

(k) Furnish preliminary plans to the LPA sufficiently complete for the LPA’s use in preparing descriptions for rights-of-way required in connection with the Project within _____ calendar days after issuance by the Secretary of the Notice to Proceed with the work, exclusive of time required for reviews by the approving parties and delays beyond the Consultant’s control.

(l) Furnish final and complete construction plans to the LPA and the Secretary for

approval within _________ calendar days after issuance by the Secretary of the Notice to Proceed, exclusive of time required for reviews by the approving parties and delays beyond the Consultant’s control.

(m) Prepare and furnish the Secretary with supplemental specifications covering all

special fabrication or construction features not covered by the standard specifications of KDOT, except for items designed by others.

(n) Review and recommend for approval all shop drawings and falsework drawings, as

may be required for the Project, if indicated in the scope of engineering services on page 2 of this Proposal.

(o) Have available at the Consultant’s office located at _______________, for review

by the LPA, the Secretary and the FHWA’s personnel, all plans being prepared and supporting information.

(p) Provide all plans, drawings, and documents pertaining to the Project to the LPA,

prepared in accordance with the Secretary’s standard practice. All such plans, drawings, and documents shall become the property of the LPA upon the completion thereof in accordance with the terms of this Proposal, without restrictions as to their further use.

(q) Provide traffic control signing on or along any street or highway where the

Consultant has crews working. The size, shape, color, and placement of all signs shall comply with the MUTCD as approved by the AASHTO and the FHWA.

7. In addition to the engineering services the Consultant will assume the following

obligations:

(a) Furnish two (2) copies of each proper billing to the LPA.

(b) Accept compensation for the performance of services herein described in such amounts and at such intervals as indicated in paragraphs 20, 21, 22, and 23.

(c) Provide engineering services for Phase III and extra work in addition to those set

forth above, or for changes in plans due to changes in criteria, for a mutually agreed actual cost plus net fee. Any payments authorized under this section must be approved by the Secretary. In the event the scope of the Project changes to a point where, with the Secretary's concurrence, the Consultant and the LPA mutually agree that a supplemental agreement to the executed agreement is necessary to provide for authorized extras, all payments for work performed to that date shall be

Page 32: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 7 Sample Proposal for Engineering Services

5 | P a g e

due and payable within ninety (90) days after the date of the supplemental agreement, provided, however, that a proper billing has been received from the Consultant.

(d) Prepare an estimated schedule for performance of engineering services identified

in Paragraph 20 of this Proposal (may be bar chart or other acceptable method) and report to the LPA (Secretary upon request) actual progress at monthly intervals or at a mutually agreeable interval approved by the LPA and Secretary.

(e) Make all documents and accounting records pertaining to the work covered by the

executed agreement available at the Consultant’s office to representatives of the LPA, the Secretary and the FHWA or any authorized representative of the Federal Government for audit for a period of three (3) years after the date of final payment.

(f) Accept full responsibility for payment of Unemployment Insurance, Worker’s

Compensation, and Social Security as well as income tax deductions and any other taxes or payroll deductions required by state and federal law for the Consultant’s employees engaged in work authorized by the executed agreement.

(g) Become familiar with, and shall at all times observe and comply with, all applicable

federal, state, and local laws, ordinances and regulations.

(h) Be responsible for any and all damages to property to persons arising out of an error, omission and/or negligent act in the Consultant’s performance of services under the executed agreement.

(i) To save the LPA, the Secretary, and their authorized representatives harmless from

any and all costs, liabilities, expenses, suits, judgments, and damages to persons or property caused by the Consultant, its agents, employees, or subcontractors which may result from negligent acts, errors, mistakes, or omissions from the Consultant’s operation in connection with the services to be performed hereunder.

(j) To warrant the Consultant has not employed or retained any company or person,

other than a bona fide employee working solely for the Consultant, to solicit or secure selection by the LPA, and that it has not paid or agreed to pay any company or person other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon or resulting from the award or making of the executed agreement. For breach or violation of this warranty, the Secretary shall have the right to annul the agreement without liability, or in his or her discretion to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.

8. The services to be performed by the Consultant under the terms of this Proposal are

personal and cannot be assigned, sublet, or transferred without written consent of the LPA and the Secretary.

Page 33: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 7 Sample Proposal for Engineering Services

6 | P a g e

9. The right is reserved by the LPA with the approval of the Secretary to terminate all or part of the executed agreement at any time upon written notice to the Consultant. Such notice shall be sent not less than ten (10) days in advance of the termination date stated in the notice.

10. The Consultant may terminate the executed agreement, in the event of substantial failure

of other parties to perform in accordance with the terms hereof, upon ten (10) days written notice in advance of the effective date of such termination received by all parties to this agreement.

11. In the event the executed agreement is terminated by the LPA and the Secretary without

fault on the part of the Consultant, the Consultant shall be paid for the work performed or services rendered under the basis of payment determined for the agreement.

12. In the event the services of the Consultant are terminated by the LPA and the Secretary for

fault including but not limited to: unreasonable delays in performance; failure to respond to LPA or the Secretary’s requests; and/or unsatisfactory performance on the part of the Consultant, the Consultant shall be paid the reasonable value of the services performed or rendered and delivered to the Secretary up to the time of termination. The value of the services performed, rendered and delivered will be determined by the LPA and the Secretary. In the case of any dispute as to payment arising under the executed agreement pertinent information will be submitted to a review committee for resolution. The review committee will be comprised of a maximum of two (2) representatives from each of the agreement parties.

13. In the event of the death of any member or partner of the Consultant’s firm, the surviving

member shall complete the services, unless otherwise mutually agreed upon by the LPA and the Secretary and the survivors, in which case the Consultant shall be paid as set forth in paragraph 12.

14. The Consultant shall not sublet or assign all or any part of the services noted in this

Proposal without the prior written approval of the LPA and the Secretary. Consent by the LPA and the Secretary to assign, sublet, or otherwise dispose of any portion of the executed agreement shall not be construed to relieve the Consultant of any responsibility for the fulfillment of the agreement.

15. The Consultant will not, without written permission from the Secretary, engage the services

of any person or persons in the employment of the LPA or the Secretary for any work required by the terms of this Proposal.

16. The Consultant and subcontractors will be available for audit at the Secretary’s discretion.

Accounting methods, cost documentation, and books of said parties will be maintained in accordance with generally accepted accounting principles and will conform to the appropriate provisions of 48 Code of Federal Regulations (CFR) Chapter 1, part 31 et seq.

17. Overhead rates will be submitted to the Secretary by the Consultant for audit within

seventy-five (75) days after completion of the Consultant’s fiscal year. The Consultant will

Page 34: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 7 Sample Proposal for Engineering Services

7 | P a g e

assemble work papers for audit at their normal place of business. Overhead rates will be audited on a yearly basis following the first audit as may be required.

18. The Consultant, the LPA, and the Secretary may arrange for such conferences as may be

deemed necessary or desirable and that work in progress may be viewed at the Consultant’s offices.

19. That an extension of time shall be granted the Consultant for delays recognized by the LPA

and Secretary as unavoidable; PROVIDED, such extension of time shall be requested by the Consultant in writing, stating the reasons therefor.

20. The fee proposed by the Consultant for engineering services for Phases I and II shall be

tabulated as follows:

(a) SURVEYS

For all surveys, and for bridge soundings, as noted by the tabulation of survey services on Page 2 of this Proposal, compensation shall be made on the basis of the Consultant’s actual cost plus a net fee amount of $__. The actual costs shall be incurred in conformity with the cost principles established in the Federal-Aid Policy Guide and Title 48 Code of Federal Regulations (CFR) Chapter 1, Part 31 et seq. The upper limit of compensation for work detailed in this section shall be $__________________.

(b) BRIDGE PLANS, SPECIFICATIONS AND ESTIMATES

Bridges: An amount for bridge construction plans as follows:

Adapted Super & Adapted Super New Design New Substruct. & Substruct. Upper Upper Upper Net Fee Limit Net Fee Limit Net Fee Limit Bridge #1 _________ _________ _________ _________ _________ ________ Bridge #2 _________ _________ _________ _________ _________ ________

For all bridge engineering work, including bridge construction plan fees noted above, tabulated on Page 2 of this Proposal, compensation shall be made on the basis of the Consultant’s actual cost plus net fee amount of $______________. The actual costs shall be incurred in conformity with the cost principles established in the Federal-Aid Policy Guide and Title 48 Code of Federal Regulations (CFR) Chapter 1, Part 31 et seq. The upper limit of compensation for work detailed in this section shall be $_____________.

(c) ROAD PLANS, SPECIFICATIONS AND ESTIMATES

Road: For preliminary plans for right-of-way and for construction road plans, and right-of-way descriptions and staking as noted in the tabulation of road engineering services on Page 2 of this Proposal, including culverts and surfacing, but not

Page 35: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 7 Sample Proposal for Engineering Services

8 | P a g e

including bridges, compensation shall be made on the basis of the Consultant’s actual cost plus net fee amount of $________________. The actual costs shall be incurred in conformity with the cost principles established in the Federal-Aid Policy Guide and Title 48 Code of Federal Regulations (CFR) Chapter 1, Part 31 et seq. The upper limit of compensation for work detailed in this section shall be $______________.

(d) REVIEW OF SHOP AND FALSEWORK DRAWINGS

For compensation of Phase II as noted in the tabulation of engineering services on Page 2 of this Proposal, compensation shall be made on the basis of the Consultant’s actual cost plus a net fee amount of $________________ in conformance with the cost principles established in the Federal-Aid Policy Guide and Title 48 Code of Federal Regulations (CFR) Chapter 1, Part 31 et seq. The upper limit of compensation for work shall be $________________.

(e) Total compensation for Phase I and II of this Proposal shall not exceed

$______________ . 21. (a) During the progress of work covered by the executed agreement, partial payments

for Phase I and II may be made to the Consultant from the LPA within thirty (30) days of receipt of proper billing, but at intervals of not less than one (1) calendar month. Progress billing shall be supported by a progress schedule acceptable (for Phase I normally payments may be made at the completion of surveys, field check plans, plans for office check review, and final work as per terms of the agreement) to the LPA and Secretary, which includes a statement of the percentage of work completed and the actual costs incurred during the billing period. Accumulated partial payments shall not exceed Ninety-five Percent (95%) of the total fees earned, prior to approval and acceptance of completed work on the appropriate phase by the LPA, Secretary, and the FHWA. Partial payments due shall be defined as the accumulated total fees less the total of previous payments times Ninety-five Percent (95%).

(b) The voucher for final payment for Phase I due under provisions of the executed

agreement may be submitted after the Secretary’s award of the Project for the LPA for the Project’s construction contracts.

(c) The voucher for final payment from the LPA for Phase II due under provisions of

the executed agreement may be submitted after the acceptance and approval of the work by the LPA and the Secretary.

22. In the event that a construction contract has not been awarded for any project segment

within six (6) months from the date of approval of construction plans, the voucher for final payment of Phase I may be submitted without further delay.

23. The final payments for Phase I and II due under provisions of the executed agreement shall

be made within ninety (90) days after completion of a final audit of the Consultant by representatives of the Secretary.

Page 36: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Attachment No. 7 Sample Proposal for Engineering Services

9 | P a g e

24. The Consultant may request payment for Phase III by the terms of a supplemental

agreement if necessary and executed, and for authorized extra work as provided in paragraph 7(c), and such payments shall be in addition to and exclusive of fees stipulated in paragraph 20 above.

25. Other Respectfully submitted, CONSULTANT TITLE DATE

Page 37: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Special Attachment No. 8 Estimate of Preliminary Engineering Fee

ESTIMATE OF PRELIMINARY ENGINEERING FEEPROJECT NUMBER: COUNTY/CITY:

LOCATION:

WORK ITEM: DATE:

1. DIRECT PAYROLL

POSITION/TITLE RATE ESTIMATED AMOUNT TOTAL

HOURS

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

SUBTOTAL LINE 1 0.00 0.00

2. SALARY RELATED AND GENERAL OVERHEAD ( ) 0.00

3. SUBTOTAL (LINES 1 & 2) 0.00

4. NET FEE #DIV/0!

5. DIRECT EXPENSES (TRAVEL, MATERIAL, SUB-CONSULTANT, ETC.)

(BE DETAILED)

ITEM RATE DAYS, MILES AMOUNT

OTHER

0.00

0.00

0.00

0.00

0.00

0.00

0.00

0.00

SUBTOTAL LINE 5 0.00

TOTAL (LINES 3, 4 & 5) 0.00

Page 38: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Special Attachment No. 9 Certification of Final Indirect Costs

Certification of Final Indirect Costs

Firm Name: _____________________________________________ Indirect Cost Rate Proposal: ________________________ Date of Proposal Preparation (mm/dd/yyyy): ________________________ Fiscal Period Covered (mm/dd/yyyy to mm/dd/yyyy): ________________________ I, the undersigned, certify that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief:

1.) All costs included in this proposal to establish final indirect cost rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) of title 48, Code of Federal Regulations (CFR), part 31.

2.) This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR 31.

All known material transactions or events that have occurred affecting the firm’s ownership, organization and indirect cost rates have been disclosed. Signature: _____________________________________________ Name of Certifying Official (Print): _____________________________________________ Title: _____________________________________________ Date of Certification (mm/dd/yyyy): ________________________

Page 39: a consultant for your project. Note: Be sure to review the ... · a consultant for your project. For Preliminary Engineering (Phases I and II), the cost-plus-net-fee agreement will

Special Attachment No. 10 Tax Clearance Certificate (w/ example)

Tax Clearance Certificate

Consultants and Sub-Consultants are required obtain a current Tax Clearance Certificate from the Kansas Department of Revenue [KDOR]. The Tax Clearance Certificate contains a Transaction Number and a 90 day time period that need to be transcribed to this attachment (below) at the time of contract execution. The Tax Clearance process is a tax account review by KDOR to determine the Consultant’s and Sub-Consultant’s account is compliant with Kansas tax laws administered by the Director of Taxation. The Secretary will not execute this agreement if the Consultant and Sub-Consultant(s), as listed as Direct Expenses on the Estimate of Preliminary Engineering Fee, are not listed below. The Bureau of Local Projects will verify the certification through the Transaction Number.

To obtain a Tax Clearance Certificate, the Consultant (or Sub-Consultant) shall complete an Application Form and submit it to KDOR. The Application Form must be completed and submitted online at http://www.ksrevenue.org/taxclearance.html. After the Consultant (or Sub-Consultant) submits the Application Form, KDOR will provide the applicant a Transaction ID number and a certification time period. The Consultant (or Sub-Consultant) shall use the Transaction ID number to retrieve the Tax Clearance Certificate. Decisions on online applications are generally available the following business day. Include a copy of the Certificate of Tax Clearance with the proposal. See sample below.

If the Consultant (or Sub-Consultant) is unable to retrieve the Tax Clearance Certificate or if KDOR denies the Application for Tax Clearance, the Consultant (or Sub-Consultant) shall call KDOR’s Special Projects Team at 785-296-3199 to determine why KDOR failed to issue the Certificate.